REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY RELEASED ON MARCH 21, 2017 PROPOSAL DUE DATE: APRIL 27, 2017 @ 3:00 PM March 21, 2017
NOTICE INVITING SEALED PROPOSALS, EMERGENCY GENERATORS DESIGN SERVICES IN THE TOWN OF YUCCA VALLEY, CALIFORNIA. The Town of Yucca Valley is requesting sealed proposals for design services from qualified consultant, licensed in the State of California, the work to be performed consists of preparation of Plans, Specifications, Estimates (PS&E), and all other bid ready improvement plans and supporting studies/documentation to provide bid ready special and technical specifications and related documents set forth in the Scope of Services for the Improvements of the Town Hall Emergency Generator Design. All work shall be completed within 60 calendar days following receipt of a written Notice to Proceed from the Town. SUBMITTAL OF PROPOSALS Three (3) copies of the proposal and fees one (1) copy of fee proposal shall be submitted in two separate sealed envelopes: 1. Envelope one shall contain the proposal responding to this RFP, firm qualifications, and relevant experience. 2. Envelope two shall contain the fee to provide services for the service proposal and the terms thereof as described in Envelope One, including maximum limits not to be exceeded. Proposals shall be submitted to: Lesley Copeland Town Clerk Town of Yucca Valley 57090 29 Palms Highway Yucca Valley, CA 92284 lcopeland@yucca-valley.org 760-369-6585, Ext 224 Proposals shall be submitted no later than 3:00 p.m. on Thursday, April 27, 2017. Postmarks and late proposals will not be accepted. 2
BACKGROUND: The Town of Yucca Valley is soliciting Requests for Proposals (RFP) from qualified contractors/firms to provide design services for the Town Hall Emergency Generator Design. The Town of Yucca Valley seeks to install a Caterpillar Model C9 300 Kw Diesel Generator over a concrete pad with Caterpillar Model CTG, 600 Amp Automatic Transfer switch, the Emergency Generator is intended to serve Town Hall, Museum, Community Service, and Library. The selected consultant will be required to prepare the plans, specifications, and project cost estimates. It is the intent of the Town to award a Professional Services Agreement in form approved by the Town Attorney, to the selected firm. The Town reserves the right to further negotiate the terms and conditions of the Agreement. The Town preserves the right to reject any proposal for noncompliance with Agreement requirements and provisions, or to not award an agreement because of unforeseen circumstances or if it is determined to be in the best interest of the Town. The project will be awarded based on demonstrated ability and performance providing similar services and proposed fees for services. The Professional Services agreement may not be awarded to the lowest cost respondent. QUALIFICATIONS OF CONTRACTORS: Each consultant shall be fully qualified by ability, knowledge, and experience to satisfactorily perform the work required in these specifications, and shall engage in the business of providing plans, specifications, and timing sheets necessary to complete the project. REFERENCES AND QUALIFICATION REQUIREMENTS: Consultant must present evidence indicative of its ability to finance provide, and sustain the specified design services to the satisfaction of the Town. Failure to include any of the following information as requested below may cause proposal to be deemed non-responsive if the Town has no prior experience with the consultant. The Consultant shall provide the following detailed tasks as requested to and further define the methodology and various elements of work as necessary to complete the design for the project. Task 1 - Design Services 1. Research/Data Collection: Consultant encourages visiting the site for better understanding of the project, electrical plans for the Electrical Room at Town Hall, Museum, Community Center, and Library can be provided. 2. Prepare Project Plans (on Town approved block plans) 3
The Consultant shall prepare Title sheet plan that shows a vicinity map, construction notes and quantities. 3. Design of a reinforced concrete pad for the generator and enclosure (chain link fence or concrete blocks with gate) since generator is outside. 4. Bidding items. 5. Design of a new automatic transfer switch. 6. Prepare Project Specifications 7. Project Engineers Cost Estimates The consultant shall prepare the Project's Standard Provisions and Technical Provisions for inclusion into the Town's standard Contract Documents and Specifications for project bidding. The Town will prepare the remainder of the information contained in the Contract Documents and provide the final Document to the Consultant for submittal to Caltrans. Requirement for Supplemental Information: Following evaluation of proposals, and prior to any consideration of aware, the apparent responsible consultant(s) may be required to provide supplemental information. The supplemental information will be used to evaluate the consultant s ability to fulfill the terms of the Agreement. PROPOSAL REQUIREMENTS Consultant Proposal, Responding to this RFP should submit one (1) original and three (3) copies for envelope 1 and only one (1) original for envelope 2. Envelope 1 (maximum 10 pages) The technical proposal shall contain the following information: A project approach for all work describing how the consultant and any proposed subconsultant plans to accomplish the tasks described, including an estimate of the level of effort (manhours) to be expended. This project approach should demonstrate a clear understanding of the required scope of services. Consultant s Employees: The names of the consultant s/contractor s staff to be assigned to this project, their proposed duties, and their relative experience. Any specialized experience of the firm and its personnel, relative to the required scope of services, should be mentioned here. 4
Client References: Contractor shall furnish on a separate sheet of paper a list of three (3) current customers, including company name, street address, telephone number and consultant person for who consultant has or is providing similar services. The Town intends to contact these customers to determine reliability, consultant s performance, service quality and other information. Requirement for Supplemental Information: Following evaluation of proposals, and prior to any consideration f aware, the apparent responsible consultant(s) may be required to provide supplemental information. Professional Services Agreement: Contractor shall identify any requested modifications to the Town s standard agreement or a statement that there will be no exceptions. Conflicts of Interest: Full disclosure of other client relationships that could present possible conflicts of interest or affect the proposed scope of services. Consultant s Primary and Secondary Offices: Contractor shall identify the physical location(s) of the consultant s primary and secondary office locations. Envelope 2 Fee Proposal A fee schedule of the project, including numbers of hours, sub-consultants, and other costs Shall be listed by item and phase. In addition, a current hourly fee schedule shall be included along with a Not-to-Exceed or a Lump Sum total project fee. SELECTION CRITERIA The consultant Selection Committee established by the Town for this project will evaluate each firm in accordance with the following criteria to identify the firm or firms best qualified to meet the Town s needs on this project. The firms deemed best qualified by the Selection Committee might be invited for additional presentations and interviews. However, the Town reserves the right to request interviews of any, all, or none of the consultants Item Description Rating Ranges 1. Experience, Qualifications and Expertise (0 20) Firm's experience with similar projects, qualifications and expertise of key personnel and subconsultants. 2. Capabilities and Resources (0 20) Projects currently under contract involving equipment and key personnel that would also handle this project along with estimated time of completion. Availability and responsiveness of staff in local area. 5
3. Project Overview (0-30) Convey your understanding of the project objectives. Identify major problems that you perceive at this time. Describe the overall approach you will use to overcome these problems and efficiently complete this project. 4. References (0 5) Information on other organizations for which your firm has provided comparable consulting services. 5. Quality and Thoroughness of Proposal (0 10) 6. Geographic Location of your Firm (0 5) 7. Additional Factors (0 5) a. Town Experience b. Other related information 8. Work Elements (0 5) Appropriateness of estimated staff hours and cost in relation to objectives and methodology for project DBE PARTICIPATION This project is being funded with Federal funds (HMP Grant) and DBE/UDBE participation is encouraged. The selected consultant shall make a good faith effort to procure DBE/UDBE services for the project. The Town's goal for projects is 7.6%. Federal Forms 10-O1 and/or 10- O2 shall be included with the proposal package. ADDITIONAL INFORMATION Indemnification: Consultant shall indemnify, protect, defend and hold harmless the Town, and any and all of its employees, officials and agents from and against any liability (including liability for claims, suits actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or cost of any kind, whether actual alleged, or threatened, including attorneys fees and costs, court costs, interest, defense costs and expert witness fees) where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Contractor or by any individual or entity for which Contractor is legally liable, including but not limited to officers, agents, employees or subcontractor of contractor. 6
Independent Contractor: While engaging in carrying out and comply with the terms and conditions of the duties outlined in this RFP, the Contractor is an independent contractor, and not an officer, agent or employee of the Town of Yucca Valley. The personnel performing services shall at all times be under the Contractor s exclusive direction and control and shall be employees of Contractor and not employees of the Town of Yucca Valley. The Contractor shall pay all wages, salaries and other amounts due its employees in connection with the Agreement and shall be responsible for all reports and obligations respecting them, including, but not limited to Social Security, income tax withholding, unemployment compensation, worker s compensation insurance, state disability insurance and all similar matters. All services to be rendered under the Agreement by the Contractor shall be subject to the control of the Town. Contractor shall advise the Town of matters of importance and make recommendations when appropriate; however, final authority shall rest with the Town. Termination: The Town of Yucca Valley, or the contractor, may terminate this agreement at any time during the term, upon thirty (90) days prior written notice to the other party without further liability. Other: This Request for Proposal does not commit the Town to award a contract, or to pay any costs incurred in the preparation of the proposal. The Town reserves the right to extend the due date for the proposal, to accept and reject any or all proposals received as a result of this request, to negotiate with any qualified consultant, to cancel this Request for Proposal in part or in its entirety, and to procure alternate or additional consulting services. The Town may require the selected consultant to participate in negotiations and to submit such technical fee, or other revisions of their proposals as may result from negotiations. CONTACT INFORMATION Questions regarding this Request for Proposal can be directed to: Alex Qishta, P.E. Town Project Engineer aqishta@yucca-valley.org 760 369 6575 Attachments: Town Consultant Services Agreement Location Map 7